21 CES Traffic Control Barriers
ID: FA251725Q0073Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2517 21 CONS BLDG 350PETERSON SFB, CO, 80914-1117, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF MISCELLANEOUS BUILDINGS (Z1JZ)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 21st Contracting Squadron, is soliciting proposals for the installation of Traffic Control Barriers at Peterson Space Force Base in Colorado. The project requires contractors to provide all necessary management, tools, supplies, equipment, and labor to meet the performance requirements outlined in the Statement of Work, which includes installing electric traffic control gate arms with specific crash ratings and adhering to environmental standards. This procurement is significant for enhancing safety and operational efficiency at military installations, with a total contract value of $45 million and a firm-fixed price structure. Interested small businesses must submit their proposals by July 18, 2025, and can direct inquiries to Contract Specialist SrA Kyle Howard at kyle.howard.12@spaceforce.mil or Contracting Officer TSgt Patrick Berger at patrick.berger@spaceforce.mil.

    Files
    Title
    Posted
    The Statement of Work (SOW) details the requirements for replacing traffic control barriers at Peterson Space Force Base (PSFB) in Colorado. The primary objective is to install new electric traffic control gate arms with specified crash ratings at various locations, including a dock area and parking lots. The contractor must adhere to federal, state, and local laws and ensure the use of environmentally sustainable materials, including compliance with safety regulations. Key tasks include verifying existing site conditions, coordinating utility outages, and obtaining necessary work clearances. The contractor is responsible for managing hazardous materials according to regulations, maintaining a clean worksite, and ensuring the protection of government property. Additionally, site access protocols and safety standards set forth by OSHA and AFOSH must be followed. The project includes specific deliverables, such as warranty documentation and scheduled inspections. Overall, the SOW emphasizes a structured approach to the installation process, with particular attention to safety, environmental considerations, and proper coordination with PSFB authorities, contributing to the successful completion of this critical infrastructure project.
    The Statement of Work (SOW) outlines the objectives for replacing traffic control barriers at Peterson Space Force Base, Colorado. The project includes installing electric traffic control gate arms with specific crash ratings at designated sites, including building docks and parking lots. The contractor must adhere to stringent environmental standards, utilizing recycled materials and ensuring proper waste disposal. Key tasks involve demolition of existing structures, coordination of utility outages, and compliance with safety regulations. The contractor is required to verify site conditions and must arrange a work clearance request before any excavation. Additionally, they must manage hazardous materials according to federal regulations and perform regular site maintenance. All operations are scheduled to occur on weekdays within specified hours, and access to the base is controlled via background checks. Deliverables include a warranty for completed work and a demonstration of system operations to government personnel. Overall, this SOW aligns with governmental procurement processes promoting efficiency, safety, and environmental protection within military installations.
    The document outlines a federal request for proposals (RFP) aimed at improving infrastructure through grants. It emphasizes the need for detailed planning and adherence to regulatory standards in various projects. Key initiatives include enhancing mechanical, plumbing, and fire protection systems within governmental facilities, ensuring compliance with local safety regulations. Stakeholders are expected to evaluate existing conditions and execute renovations that prioritize operational efficiency and safety. The RFP invites contractors to create innovative solutions while cooperating across multiple disciplines. This effort demonstrates the government's commitment to upgrading critical infrastructure while ensuring service continuity and public safety throughout the process.
    The Department of the Air Force, specifically the United States Space Force, has sent a memorandum requesting a Visitor Pass for personnel involved in a Space Operations project related to Contract # FA251725Q0073, which entails a Traffic Control Barrier. It outlines the necessary information needed for the pass, including names, birth dates, driver's license details, and DoD numbers, specifically one provided multiple times as an example. The desired validity for this pass is set for July 8, 2025, between the hours of 0700 and 1700. For any inquiries, a contact number for the Contracting Officer, TSgt Patrick M. Berger, is provided. This document's purpose is to facilitate access for specific individuals supporting a project at the Peterson Space Force Base (PSFB) and highlights procedural elements typical in federal contracting processes. It reflects the structured approach to security and access within government-operated sites, emphasizing the importance of documentation in obtaining necessary passes for project-related activities.
    This document outlines the proposal submission requirements for contractors responding to a federal solicitation. Offerors must provide a written price and technical proposal by the specified deadline. The submission is structured into three main components: 1. **Cover Letter**: This must include the contractor's name, small business status, point of contact information, CAGE Code, UEI number, and a statement affirming understanding and acceptance of the Statement of Work (SOW) requirements. 2. **Price Proposal**: Pricing should align with the Contract Line Items (CLINS) outlined in the provided SF1449 form. 3. **Technical Proposal**: Limited to 10 pages (excluding the cover letter and price proposal), this document must address specific evaluation factors, particularly focusing on the project approach and management strategies. The solicitation emphasizes a structured and clear submission to ensure effective review and evaluation of proposals. Each component is essential for compliance and potential award, underlining the importance of thorough preparation in response to government RFPs.
    The government intends to award a firm-fixed price contract based on the Lowest Price Technically Acceptable (LPTA) approach, assessing proposals on two factors: Total Price and Technical Acceptability. Under Technical Acceptability, proposals must receive "Acceptable" ratings for both Project Approach and Project Management. The Project Approach requires a detailed demonstration of adherence to specifications and successful crash testing for barriers, while Project Management involves identifying a qualified Project Manager and a timeline for completing the work within 110 days. Proposals will first be evaluated for price, followed by technical acceptability. If any proposal is rated "Unacceptable" for the technical factors, it will not be considered for award. The selection process ensures award to the Offeror with the lowest, technically acceptable proposal. Rejections can occur if exceptions to solicitation requirements are taken or if understanding of the requirements is lacking. This document establishes evaluation criteria for contractors responding to a federal solicitation, emphasizing price and compliance with defined technical standards.
    The document addresses vendor inquiries regarding solicitation FA251725Q0073 for 21 CES Traffic Control Barriers. Key points clarify that there is no requirement for a specific brand or model of remote, as long as they meet outlined specifications. A total of 20 remotes are expected to be provided. The existing concrete related to current barrier arms will be fully demolished, and the use of an OPTEX virtual loop is permitted instead of traditional saw cut loops. The requirement specifies that the barrier arm control equipment receiver must support up to 64 remotes. Additionally, although existing keypads and goosenecks could function with new arms, the intention is to supply new keypads and stands. Overall, the document ensures that vendors have a clear understanding of the specifications and requirements for the project, thus facilitating the procurement process in compliance with government standards.
    The solicitation FA251725Q0082 pertains to the provision of two mobile surveillance trailers for Peterson AFB, addressing vendor inquiries regarding specifications. The customer clarified that no specific Video Management Software (VMS) is required, but the trailers must arrive equipped with cameras, a compatible Network Video Recorder (NVR), and integrated management software to avoid additional sourcing upon delivery. Vendors are informed that the trailers should come ready for operation with specified payloads in place, as there are currently no plans for additional camera installation by the 21st Security Forces Squadron (SFS). There is some flexibility for the power generation system; while diesel is preferred for backup, alternative power options such as LP fuel are acceptable, particularly considering Colorado's inconsistent winter sunlight. This document outlines requirements and specifications essential for vendors to successfully fulfill the RFP and deliver operational mobile surveillance capabilities.
    The Women-Owned Small Business (WOSB) Solicitation/Contract Form FA251725Q0073 is a request for proposals aimed at installing traffic control barriers at Building 1, Peterson Air Force Base. The contract is valued at $45 million, and submissions are due by July 18, 2025. The document details the solicitation process, including key contacts for inquiries and the payment methods applicable. It identifies the nature of the project as firm-fixed price for the specified job. The document outlines delivery terms, inspection requirements, and various clauses that govern the contract under FAR and DFARS regulations, emphasizing compliance with procurement standards. Important clauses include those regarding the safeguarding of information, contractual obligations for small businesses, and specific electronic invoicing instructions. The emphasis on WOSB involvement aligns with federal goals to enhance opportunities for women-owned enterprises in government contracting, reflecting a broader commitment to equity in procurement practices.
    The document outlines a solicitation for Women-Owned Small Business (WOSB) contract for commercial products and services, specifically focusing on the installation of traffic control barriers at a government installation. Issued by the United States Air Force, the solicitation is designated by the requisition number FA251725Q00730001, with an effective date of June 24, 2025, and a bid submission deadline by July 18, 2025. The contract anticipates a total award amount of USD 45,000,000, with the expected job completion within 110 calendar days from the date of award. Key components include requirements for the contractor to adhere to various Federal Acquisition Regulation (FAR) clauses and Defense Federal Acquisition Regulation Supplement (DFARS) provisions, emphasizing safety, ethical conduct, and subcontracting provisions. The contractor will be responsible for unique item identification protocols and ensure compliance with electronic invoicing through the Wide Area Workflow (WAWF) system. Furthermore, an ombudsman is designated for concern resolution regarding the contract process, demonstrating the commitment to transparency and accountability in federal procurement. This document reflects the government's objective to foster inclusive business practices while ensuring quality and safety in service delivery.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) Contract related to the installation of traffic control barriers at Building 1, Peterson Air Force Base. It specifies key details including the contract number (FA251725Q00730002), the total award amount of $45,000,000, and the project scope of work. The contractor is required to deliver and install traffic control barriers within 110 calendar days from the award date. The submission requires compliance with various federal regulations and specific clauses governing the contract, including those focusing on unique item identification and safety standards on government installations. Key officials, including contracting officers and points of contact for inquiries, are listed to assist with the process. The document also highlights the importance of utilizing small businesses and includes requirements for invoicing through the Wide Area Workflow (WAWF). This acquisition emphasizes the federal commitment to promote diversity and support economically disadvantaged businesses while ensuring compliance with regulatory standards throughout the contracting process.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Power Independence, Mission Control Station (PIMCS), Buckley Space Force Base (SFB), Colorado (CO)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the Power Independence, Mission Control Station (PIMCS) project at Buckley Space Force Base in Colorado. This procurement aims to update the current estimate for Contract Line Item Number (CLIN) 0007, along with providing revised specifications and drawings necessary for the construction of electronic and communications facilities. The project is critical for enhancing power independence at the mission control station, ensuring operational efficiency and reliability. Interested contractors should note that the proposal due date has been extended to January 6, 2026, at 1400 Central Time, and may contact Scott Dwyer or Brittany Gull for further information.
    CO OMAD 300(70) MINUTEMAN MISSILE ACCESS ROAD
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is soliciting bids for the CO OMAD 300(70) Minuteman Missile Access Road project, which involves re-graveling up to 156.582 miles of existing gravel roads utilized by the United States Air Force. The project aims to enhance road maintenance for the Air Force Intercontinental Ballistic Missile Program, specifically in southwestern Wyoming, southeastern Nebraska, and northeastern Colorado. This initiative is part of the Defense Access Road program, emphasizing the importance of maintaining access routes for national defense operations. Interested small businesses must submit their bids by December 9, 2025, at 2:00 p.m. local time, and can direct inquiries to Douglas Whitcomb or Leslie Karsten at CFLAcquisitions@dot.gov. The estimated project cost is approximately $5,980,000, with a firm fixed-price variable-scope contracting method in place.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    Matador Manor Streetlights
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking contractors for the "Matador Manor Streetlights" project at Malmstrom Air Force Base in Montana. This firm-fixed price contract involves the removal and replacement of streetlights, poles, and concrete bases, along with the installation of new circuits, conduits, conductors, disconnects, and connections to existing transformers, utilizing directional drilling for conduit installation. The contract is a total small business set-aside, with an estimated value between $500,000 and $1 million, and the Request for Proposal (RFP) is expected to be released around December 16, 2025, closing on or about January 21, 2026. Interested contractors must be registered in the System for Award Management (SAM) to be eligible for award, and inquiries can be directed to Lt Alessandra Ramirez at alessandra.ramirez.1@us.af.mil or Cody Babinecz at cody.babinecz@us.af.mil.
    50 CES Burn Tower Maintenance Re-acquisition
    Dept Of Defense
    The Department of Defense, through the 50th Contracting Squadron, is seeking qualified contractors for the maintenance and inspection of the Fire Department Burn House and firefighting training props at Schriever Space Force Base (SSFB) in Colorado. The contractor will be responsible for providing all necessary labor, materials, and equipment to ensure compliance with National Fire Protection Association standards and manufacturers’ specifications, including annual inspections and emergency repairs. This total small business set-aside contract is structured for a single annual maintenance visit with options for up to four additional years, with quotes due by January 9, 2026, and questions accepted until December 29, 2025. Interested parties should contact Danielle Hunziker at danielle.hunziker@spaceforce.mil or David Anderson at david.anderson.182@spaceforce.mil for further details.
    Amended: 20251210; Security Escorts at Vandenberg SFB, CA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract to provide security escorts at Vandenberg Space Force Base, California. This procurement requires contractors to supply TS/SCI cleared, unarmed security escorts to assist IT contractors from DH Technologies, Inc. in the installation of communication cabling and network components within a restricted area, specifically Building 10577 SCIF. The contract is a total small business set-aside, covering approximately 4,400 hours of service from January 1, 2026, to July 1, 2027, with proposals due by 11:00 AM Pacific Time on December 18, 2025. Interested parties should direct inquiries to Scott Yeaple at scott.yeaple@spaceforce.mil or Vince Mills at vincente.mills.2@spaceforce.mil, and must comply with various federal regulations and wage determinations as outlined in the solicitation documents.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    Cable Installation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for cable installation services at Malmstrom Air Force Base in Montana. The contract, designated as FA462626Q0001, encompasses the installation of Category 6 and Fiber Optic cables, including both with and without conduit, and is valued at an estimated total of $19 million over an initial five-year period from February 2, 2026, to August 30, 2030. This procurement is critical for maintaining and enhancing the communications infrastructure necessary for the operations of the 341st Missile Wing. Interested small businesses must submit their quotes by 2:00 PM MST on December 16, 2025, and can direct inquiries to Contract Administrator SrA Jeffrey Krieger at jeffrey.krieger@us.af.mil or Contracting Officer TSgt Joshua Crist at joshua.crist.1@us.af.mil.
    Peterson SFB Wifi Services
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified vendors to establish Blanket Purchase Agreements (BPAs) for commercial internet and WiFi services at Peterson Space Force Base in Colorado. The procurement aims to secure reliable and responsive internet services, requiring contractors to demonstrate technical capabilities in installation, maintenance, and troubleshooting, while adhering to specific operational standards and response times for outages. This initiative is critical for maintaining effective communication and operational efficiency at the base. Interested vendors must respond by August 16, 2029, and can direct inquiries to Contracting Officer Jake Hluska via email, with the relevant NAICS code being 517112 for wireless telecommunications carriers.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.